02-05-08 Item 7To:
Via:
From:
Date:
Subject:
South Miami
CITY OF SOUTH MIAMI
INTER - OFFICE MEMORANDUM
I
2001
Honorable Mayor Feliu, and Members of the City Commission
Yvonne S. McKinley, City Manager
Cesar Garcia, Director
Parks & Recreation Department
January 29, 2008
�or
Agenda Item No. :
Authorizing City Manager to purchase two (2) 15- Pasenger Vans for the Parks &
Recreation Department.
RESOLUTION: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER
TO PURCHASE TWO (2) 2008 15- PASSENGER VANS WITH AN
EXTENDED WARRANTY OF 5 YEARS IN AN AMOUNT OF
$46,844.00 FROM GUS MACHADO FORD, UTILIZING ACCOUNT
NUMBER 001 - 2000 -572 -6430; PROVIDING FOR AN EFFECTIVE
DATE.
Request: Authorizing the City Manager to; purchase two vans utilizing existing
County bid # 5203 -0/09; utilizing these vans to transport the After - School
House and Recreation participants to field trips and various other park locations.
Reason/Need: As discussed during the budget process, the Parks & Recreation Department is in
great need of transportation. Purchase of these two (2) fifteen passenger vehicles
will reduce costs associated with transporting participants of the Afterschool House
and Recreation programs as well as give staff control to schedule more events and
programs for our youth. The two vans serve a greater need than the originally
budgeted thirty (30) passenger bus because of their versatility for our transportation
needs. The purchase of these Parks & Recreation vehicles is an approved expense
in the budget.
Cost: $46,844.00 — ($23,422.00 each)
Funding Source: Funding is through account number (001- 2000 -572 -6430) Recreation - Operating
Equipment Account; with a current balance of $66,961.
Backup Documentation: Proposed Resolution
O Copy of State Bid
0 Vehicle Information
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
RESOLUTION NO.:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE
TWO (2) 2008 15- PASSENGER VANS WITH AN EXTENDED WARRANTY OF
5 YEARS IN AN AMOUNT OF $46,844.00 FROM GUS MACHADO FORD,
UTILIZING ACCOUNT NUMBER 001 - 2000 -572 -6430; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the Afterschool House Program and that of the Recreation Department is in great
need of transportation; and
WHEREAS, the City of South Miami will utilize existing County bid number 5203 -0/09 to
purchase the vans from Gus Machado Ford; and
WHEREAS, purchase of vans will reduce the cost of transportation for the children of the
Afterschool House program and that of the Recreation Department; and
WHEREAS, with this purchase it does not only assist with cost that the department pays out for
transportation, but will provide more opportunities for our youth to attend more field trips and be exposed
to more activities /programs; and
WHEREAS, the department will better utilize two (2) fifteen (15) passenger vans instead of the
originally budgeted thirty (30) passenger bus because of reduced variable costs.
NOW, THEREFORE, BE IT RESOLVED /ORDAINED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1. That the City Manager is authorized to purchase two (2) vans from Gus Machado
Ford through account number (001- 2000 -572 -6430) Recreation - Operating
Equipment Account; with a current balance of $65,680.00.
Section 2. Cost of the two vans would not exceed $46,844.00 — ($23,422.00 each).
Section 3. The attached exhibit is incorporate by reference into this resolution.
PASSED AND ADOPTED this day of , 2008.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
APPROVED:
MAYOR
Commission Vote:
Mayor: Horace Feliu
Vice Mayor: Randy Wiscombe
Commissioner: Marie Birts
Commissioner: Jay Beckman
Commissioner: Velma Palmer
Jan.10. 2008 3:10PM
1200 Wost 4e Street
Hialeah, Florida 33412
(305) 820 -2595
(305) 020.2392
No. 0925 P. 1
%: Kathy Vazquez From; Juan F. Fernandez,
Fam (305) 667.7806 Pegasi 2
Pioo:+®e
Date, 1/1012008
Ret Vehicle Quote CC:
13 Urgent X For Review 0 PI&Wm Comment Cl Please Reply !7 Please Recycle
Attached for.your review is the quote.you requested on behalf of the City of South Miami.
If you have any questions regarding this quote or any other matter of mutual concern, please give us a
call atyour earliest convenience at (305) 820-2696, either Jennifer or I Will be glad to assist. you.
Again, thank you for affording Gus Machado Ford the opportunity to be of service to you and the City of
South Miami.
Sincerely,
.Juan F. Fernandez
Attachment
CNGJ 0. 2008 3 lOPN VEHICLE ORDER CONFIRMATION
2006 ECONOLINE
Order No: 1010 Priority: B2 Ord FIN: OM510 Order Type:
Ord PEP: 7.21A Cust /Flt Name: SOUTH MIAMI PO Number:
RETAIL
No. 0925 1. 2 ,
..�, �v /Ofi z.38 :25
Dealer: x'24070
Page: 1 of 1
5B Price Level: 835
RETAIL
831 E350 XL SDE WGN $31840 X34" .3.73 REG X34
138" WHEELBASE JOB #2 ORDER
YZ OXFORD WHITE CC FLR VINYL,FT /RR
A STD VNYL BKT ST 204 9100# GVWR NC
E MEDIUM FLINT 47X NON SCH BUS-USE
721A PREF EQUIP PKG 687 RUNNING BOARDS 320
.XL TRIM! SP DLR ACCT ADJ
219 ..15P BUCK'S SEATS SP FLT ACCT CR
614 .16" SPORT COVER 6 U.S. GAL GAS
574 .A /C, HIGH CAP B4A NET INV FLT OPT
587 .ELEC AM /FM CLK DEST AND DELIV
642 .16" STEEL WHEEL TOTAL BASE AND OPTION
99L .5.4L EFI V8 ENG TOTAL
44Q .ELEC 4 -SID AUTO *THIS IS NOT AN INVOI
T38 .LT245175RX16E B
F1 =Help F2- Return to Order
F4= Submit F5�Add to Library
8099 - PRESS F4 TO SUBNMT
4
i-tern590FLEET077 rl
F3 /F12=
QC04931
�3
Jan 10, 2008 3:00:38 PM
Jan. 18, 2008 10:12AM
1200 West 4EP Street
Hlaleah, Fiodde 33012
(305) 820 -26410
(305) 020-2602
r
To. Kathy Vazquez
Frorm Juan F. Fernandez
Fam (305) 667 -7805 Pages: 10
Phone: Date." 1/78/2008
Res 2008 Miami -Dade vehicles Bids CCr
No. 0452 P 1
0 Urgent X for RovIew O Please Comment 4 Please Reply 0 Please Reayale
Attached for your review are the documents you requested regarding the 2008 Miami -Dade Vehlcle%
Bids.
I am sending you the Invitation to Bid covets since they are very lengthy and too many pages to copy.
Also attached Is the bid award for Bid Number 5203.0/09 signed by the County Manager. The Bid's
award letter for Bid Numbers 6204 and 2956 are pending commission approval.
Sincerely,
Juan F. Fernandez
Attachment
Jan, 18. 2008 10:12AM Na. 0952 P. 2
Y
COUNTY
Yv��YIYYYYY�I�IYI W l�
BID NO.: 2996 -0/08
OPENING: 2 :00 P.M.
WEDNESDAY
NOVEMBEXR 21, 2007
MIAMI-DADE COUNTY FLORIDA
I N V I T A T 1 0 N
TO BID
TITLE:
MODEL YEAR 2008 POLICE PURSUIT, ADMINISTRATIVE SEDANS AND
SPORT IJTXI.YT Y VEHICLES, FOR MIAMI -DARE COUNTY POLICE
DEPARTMENT
TIME FOLLOWING ARE.REOUIREMENTS Or THIS BID, AS NOTED BEI,O�V:
DID DEPOSIT AND PERFORIVIANCE BOND ; ........................
N/A
CATALOGUE AND LISTSs .............................................. _........
N/A
CERTIFICATE OF COMPE TENCI' s ......... ...............................
NIA
EQUIPMENTLIST :...................................... ...............................
NIA
EXPEDITED PURCIIASING PROGRAM (EPP)
NIA
INDEMNIFICATIONA NSURANCE :.......... ...............................
NIA
LIVING WAGE: .. ... . ..... ...................
'iiiitU
N/A
PREABID CONFERENCEMIALk- :.... .................:..........
NIA
SMALL BIiSINESS ENTERPRISE D ASURE :......................
SEE SECTION 2, PARAGRAPH 2.2
SAMPLESAMORMATION SHEETS :...... ...............................
NIA
SECTION3 — WIDNA ..... ......................... ...............................
NIA
SITE VISIT/AFFIDAVIT :..................,.......... ...............................
N/A
USER ACCESS PROGRAM :....................... ...............................
SEE SECTION 2, PARAGRAPH 2.21
WRITTEN VVIARRANTYi . ................................... I —, ........ .�........
SEE SECTION 2, PARAGRAPH 2.9.10
FOR INFORMATION CONTACT:
Pablo Martinez at 305.375.2102, or at mpablo @miamidade.gov
IMPORTANT NOTICE TO BIDDERS:
MIA.MI•DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFZRE-NCE ON
PAGE 40 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 40 OF SECTION 4, BID SUBMITTAL FORAM WILL RENDER YOUR
BID NON - RESPONSIVE
�r
Jan, 18. 2008 `10:12AM xm®
couNrr
No. 0952 P. 3
BED NO.: 5204-0/09
OPENING: 2:00 P.M.
WEDNESDAY
NOVEMBER ,28, 2007
MIAMI -DADE COUNTY, FLORIDA
INVI'T'ATION
TO DID
TITLE:
MODEL YEAR 2008 PICKUP TRUCKS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY
THE FOLLOWING ARE REOUIRICMENTS OF THIS BID, AS NOTED BE QW:
DID DEPOSIT AND PERFORMANCE BOND:. ......................
N/A
CA'T'ALOGUE AND LISTS:. ........ ...............................
NIA
CERTIFICATE OF COMPET�ICYs .................... ....................
N/A
EQII'YPIIENT LTST :...................:................., ...............................
N/A
EXPEDITED PURCHASING PROGRAM (EPP)
N/A
INDEMNIFICATION / INSURANCE ........... ...............................
N/A
LlYINGWAGM ............................. : ........ ..... .......... ........... ..........
N/A
PRF.HID CONFEltENCEAVALK- THRU:................................
N/A
SMALL BUSINESS ENTERPRISE MEASURE :......................
SEE SECTION 2, PART, 2.2
SAMPI.ES/1i�TORMATION SHEETS, ....:. ...... ............ .............
NIA
SECTION3 - N011A: ......................... .......... ...,,..........................
MA
SITE VISIT/AFFIDAVIT: ............................ I..............................
N/A
USER ACCESS PROGRAM: ......................................................
SEE SECTION 2, PARA, 2.23
WRITTEN WARRANTY :............................ ...............................
SEE SECTION 2, PARA, 2.9, SUBPARA. 2.9.10
FOR INFORMATION CONTACT:
Pablo, Martinez, at 305.3752102, or at mpablo@vniamidade.gov
IMPORTANT NOTICE TO BIDDERS:
MIAMI -DADE COUNTY
DEPARTMENT OF PRO CU=4MENT MANAGEMENT
PURCHASING DIVISION
FAILUn TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 65 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE
FOR LOCAL PREFERENCE,
FAILURE TO SIGN PAGE 65 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID
NON - RESPONSIVE.
Jan. 18. 2008110:13AWM No. 0952 P. 4
1
iNla
BILE NO.: 5203.0/09
0 3
OPENING: 2:00 P.M..
WEDNESDAY
NO'VICi MBJER 7, 2007
MIAMI -DADE COUNTY, FLORIDA
INVITAT-1ON
TO BID
TITLE:
MO.DEC YEAR 2008 VANS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY
THE FOLLOWMIG ARE REQUIREMENTS OF THIS BJD, AS NOTED BALOW:
SID DBPOSITANDPERFORMANCE BOND :.......:--............
NIA
CATALOGUE AND LISTS: .................................. : .....................
NIA
CERTIFICATE OF COMP NCY; ........ ...............................
NIA
EOWItENT LIST :...................................... ...............................
NIA
EXPEDITED PURCHASING PROGRAM (EPP)
NIA
INDEMNIFICATION4 11SURAN IC& .... :................. ...................
N/A
LIVINGWAGM .......................................... ...................._..._......
NIA
PRE -RID CONFERENCHAVALI- THRU .. ...............................
NIA
SMALL'BUSBVESS ENTERPRISE MEASURE :......................
SEE SECTION 2, PARA, 2.2
SAM PLESANIFORIVIATION 8I 4ETS ....... ...............................
NIA
SECTION 3 -- MDIIA........... ......................... ...............................
NIA
SITE VISIT / AFFIDAVIT . ................. ........ .... ........ .................. ....
NIA
USER ACCESS PROGRAM: .................................... . ................
013- SECTION 2, PARA. 2.21
lUITT'EN IVARItANTY . ............................... I ................. ..........
SEE SECTION 2, PARA. 2.9, SUP,PARA. 2.9.10
IFOR INFORMATION CONTACT;
Pablo Martinez, CPPD at 305 -315 -2102, or at mpablo @niamidade.;ov
IMPORTANT NOTICE TO R1D1QIR$:
MIAN11 -DADS, COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASIXG DIVISION
FAILURE 'TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 38 OF SECTION 4, BID SUBMITTAL FORM SHALT. RENDER THE VENDOR
IND,LIGIBLE FOR LOCAL PREFERENCE.
FAILURE TO SIGN PAGE 38 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER
YOUR DID NON - RESPONSIVE.
Jan. 18. 2008 10:13AN No. 0952 P. 4
IA
Aa Q4. O*k
13ID NO.: 5203.0/09
OPENING: 2:00 P.M..
WEDNESDAY
NOVEMBER 7, 2007
MIAMI -DADE COUNTY", FLORIDA
INVI TAT-ION
` TO BID
TITLE:
CM0,DEL YEAR 2008 VANS OF VARIOUS SIZES, FOR MIAMI -DADE COUNTY
THE FOLLOWVIKG ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND, ............... ...... N/A
CATALOGUE AND LISTS :......................... ...............................
N1A
CERTIFICATE OF COMPET ENCY ......... ...............................
NIA
EQUIPMENT LIST :...................... . .................................... ..........
NIA
EXPEDITED PURCHASING PROGRAM (EPP)
NIA
INDEA4NIFICAT IONitnySURAI\ICEi ... ::..... ..... ... .................. :...
.
NIA
LIVINGWAGE : ........................................ : ....... . ................... . . . ...
N` /A
PRE -BTU CONFERENCEA VALK- THRU :.......... .....................
N/A
SMALL BUSINESS ENTERPRISE 1MIEASURE :......................
SEE SECTION 2, PARA, 2.2
SAIVIPLES/lNFOR&1ATION SHEETS. ...... ...............................
NIA
SECTION 3 -- MDRAs- .....•- ......................... ...............................
NIA
SITE VISIT /AFFIDA'VITc ............................ ...............................
K/A
USER ACCESS PROGRAM : ................................... ..................
SEE SECTION 2, PARA. 2.21
WRITTEN WA RANTY ............................. ...............................
S M, SECTION 2, PARA. 2,9, SUBPARA. 2.9.10
FOR INFORMATION CONTACT:
Pablo Martinez, CPPD at 305.375 -2102, or at nipabloftdamidade. 0V
IMPORTANT NOTICE TO BIDDERS.
MIAMI -DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 38 OF SECTION 4, BID SUBMITTAL FORIA SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE.
FAILURE TO SIGN PAGE 38 OF SECTION 4, BID SUBMITTAL FORM WILL SLENDER
YOUR BID NON - RESPONSIVE.
• Jan. 18. 2008 10:13AM
AIM CooccrW411011
Apn& CnaMlnallon
IU'Imnl$w*V January 10, 2008
MI in Nbilc ft%e.
Amd'I anti Mamgemom &(Aces
AVlatra7,
L111MAg
tti191111g Owe ceinitliance All Responding Vendors (See Distribution List)
(tceincss Dow►ap lew
No. 0952 P. 5
Procurement Management
Administration and fiscal Division
111 NW 1st Street + Suite 1300
Miami, Florida 33 1 28 -1 97 1
T 30S-375-5289 F 305 -875 -4726 305- 375 -5409
miamidade.gov
CapAal impmollentu
CUlrans' IartcpmtkYNrtans;xxlananUA SUBJECT: Aid Number'5203 -0/09
CAPmW sionanViNcsmv)fhftcTtust
Cnm(nunFnclont Title: Model Year 2008 Vans of Various Sizes, for Miami -Dade County
CiDnnoun0y Aclrwt A;a,cy
ca,mmu,tlly H F.amanwc Daautolnnonl
CommcmlyRCI4Aons Dear Vendors:
CA-I)U nwr5IYd7ees
CMcocttores h IlaMabllllatinn
cn,eq�►Aria ;,� Evaluation of bids tendered in response to the above cited solicitation has been
r9ocunm completed. The County Manager or designee has recommended award as shown in
Fm"iLancYManagnntn,l the attached document.
EmpMyec Rdatiagc
CmPUWermmcT,ut7 This notice is provided in accordance with Section 1.12 of the solicitation and
Geeq,nsct�ctmalogy Stcvlcos
kicrtronnrs nat Rcsowm Mamtiemenl Section 2 -8.4 of tile, Code of Miami -Dade County. Our provision of this notice also
rolf6n-ptoyAU'll cued, serves to confirm the lifting of the Cone of Silence from this procuremest action as
rdnaaca dictated by Section 2- 11.1(t) of the County Code.
rime u4swo
Gow. -d scrAces AAni1i1sVuilai We appreciate the participation of all vendors who responded to the subject action,
aa,vnwtenl tatonnallon C."Ier
ilistaritYresma,ion If you have any questions, please contact me at 305375 -2102, or via email
NonlelorSTruSt m bf1)i
lo 1 1nldad . 0 .
II(MItlg Arr@ney
Novring finance Avl6orrlr •
llon>,nScrvlcas
Sincerely,
IncrependtltReriowpaaol
rn,ornaltnnat Radeconsanl,n,, MIAMI- DE LORiDA
JuwnunScrviccs
Mcdir.1 x.an7tnCr a q
Melm•hilamiAcfi an pab 'tte
mum"Ocan planning nFratlw, Sonlor"l'rocive rent Contracting Agent
MR&W RotwRon
Fin piny anti 7aMtI%
Police
Droeu.ammnt Mrn"tMen, Dish ibution List: Atlantic Forts Truck Sales, Inc, d /b /a Atlantio 11'uck Conter
ftoi"Aswa;r,l
Auto Holding Corp.
Public I uacysynrvn
Don Reid Ford, Inc.
Gus Maohado Ford o.
Safe NNrj hoct+oW Rufx
: ; � r•':S ': ti a �'•'•'; , ; `} ;
:.,:. .+:'
•pis ?�''-c;�
°
SotldVdailaManalxvSoap»ccn
'' "`,.Z�'�•c;,.�`�',i••`•'
-:<�; •:.
S1falCAie Ausinmra Managcnen1 Attachment: County Manager:Av�ard )Itecorttme.>ildatio ..`J.t. ::_ :;K { ,•.,;
",
Alk force on urban FroWnIC Reftlrral ion
cc: Clerk of the Boat. .:��trf•:Lr�z� ���;
Vir.'capMuseunt And itftis y� "�i:" , ` ,��• u4?'
Wilor N Sewer Did Pile
Jan. 18. 2008 10:13AM ho: 095'2 P. 6
Memorandum
Date: December 28, 2007
To: George M. Burgess
County Manager 4.
Prom: Miriam Singer
Director
Departmen o Procurement Management
Subject: Award of Contract No. 5203 -0/09: Model Year 2008 Vans
RECOMMENDATION
It is recommended that the County Manager award the referenced contract to Atlantic l=ord
Truck Sales, Inc„ Auto Holding Corp., Don Reid Ford, Inc., and Gus Machado f=ord, Inc., to
provide model year 2008 vans of various sizes and capacities for various County
departments.
CONTRACT NO: 5203 -0/09
TITLE: Model Year 2008 Vans of Various Sizes, for Miaml -Dade
County
DESCRIPTION: The purpose of this solicitation is to establish a contract for
the purohase model year 2008 vans of various sizes and
capacities.
APPROVAL TO ADVERTISE. October 10, 2007
TERM.,
CONTRACT AMOUNT:
USING/MANAGING
ACENCY(S)/
AND FUNDING SOURCE(S):
PREVIOUS CONTRACT
ALLOCATION:
One -year
$ 979,750 for the one -year term
be artment
Allocation
Fundina Source
General Services
$919,600
Vehicle Replacement
Administration
Trust Fund
For Other
Agencies
Water and Sewer
$ 60,250
Operating Revenue
Fund
Total
079,760
, r a .y ar term
Jan. 18. 2008 10:13AM
No. 0952 P.
George M. Burgess
Award of Contract No.5203 -0/09: Model Year 2008 Vans
Page 2
METHOD OF AWARD: Award of Items 1 and 2, will be made to up to three,
responsive, responsible bidders by vehicle type, who offers
the lowest Practical Life Cycle Cost, The Practical Life Cycle
Cost (PLCC) will be computed by adding the EPA city and
EPA highway mileage figures for the vehicle (e5% city use
and 36% highway use, respectively) for a total of 100,000
miles at $2.93 per gallon of fuel and computing the expected
cost of fuel used over the life cycle. That expected fual cost
will be added to the vehicle per unit price to compute the
PLCC_ Once awarded, individual orders wlli be placed with
the awarded bidder whose PLCC, when combined with the
options selected by the County for the specific order,
represents the lowest total cost to the County.
Award of Items 3 through 7 will be made to up to throe
responsive, responsible bidders, who offer the lowest unit
price, by item. Once awarded, individual orders will be
placed with the awarded bidder whose unit price, when
combined with the options selected by the County'a user
department for the specific order, represents the lowest total
cost to the County,
VENDOR(S) RECOMMENDED
FOR AWARD:
Item
No.
Description
• Vendor #9
Vender u2
Vendor #3
1
Mini Car o Van
NO AWARD
NO BIDS WERE
RiECEIVED
2
Mini Passen er Van
Auto Holdin Cor .
NO AWARD
NO AWARD
3
Standard Cargo, Van
Gus Machado Ford
Auto Holding Co[ p.
NO AWARD
a
Maxl Cargo Van
Gus Machado Ford
Don Reid Ford
Auto Holding Corp.
sea note
5
Fifteen passenger Van
Auto Holding Corp.
Gus Machado Ford
iDon Reld Ford (see
note)
6
Van
Auto Hod" .
NO AWARD
NO AWARD
7A
Walk-in Step Van 9,000 ib,
GVWR with 3800 lb.
payload, 125" W13 and 10'
NO AWARD, NO BIDS WERE RECEIVED
,body
78
Walk -in Step Van 10,000 167
Atlantic Ford Truck
NO AWARD
NO AWARD
GVWR with 4400 lb.
Sales
Payload, 133" WS and 12'
body,
70
Walk -in Step Van 12,000 lb.
Atlantic Ford Truck
NO AWARD
NO AWARD
GVWR with 6300 lb.
Sales
payload, 157" WB and 14'
bod ,
71)
Wafk lh Step Van •14,000 lb.
Atlantic Ford Truck
NO AWARD
NO AWARD
GVWR with 7900 lb.
Sales
payload, 178" WS and 18'
body.
OTE:
Dori Reid Ford, Inc. will be added to the contract, upon compliance with Affirmative
Action Plan/ Procurement pollc requirements.
,�,
f
�
4 � ,
1'
� i ,
t �
�_ a>� �_
..
.. kr - � � -
` -..
d_ ..
. � hr �
•4
1
i.. - 1. fig, �.
.
� ,�; :r�
.
i.�.
".
_ Y �r
i
;
,fit �
�
,.
!..Y .,;
i
s �
., _ ! :Fyn �� .�.,.^
. ,',,.,.
e ,
,, �
c ?. i
it
i
f
r7t
.t
� .
+
1 ,�
'
rt
t,
f
� -
' � � ,� ..
Jan. 18. 2008 10 :13Ai'N No. 0952 P. 8
George M. Burgess
Award of Contract No.5203 -0/09; Model Year 2008 Vans
Page 3
VENDOR(S) NOT
RECOMMENDED
FOR AWARD:. Gus Machado Ford was deemed non - responsive for Item #2,
Mini Passenger Van. Section 3, Paragraph 3.98, requires a
wheelbase of 191" to 929.2 ". The vendor offered vehicles
with a 938" wheelbase.
Don Reid Ford Inc. was deemed non- responsive for Item #3,
Standard Size Cargo Van. Section 3, Paragraph 3AC
requires a gasoline Engine with 245 horsepower and 325 lb.
ft, of torque. The vendor offered a 4.61- V8 engine with 226
horsepower and 286 lb. ft, of torque.
CONTRACT MEASURES: Small Business Enterprise (SBE) bid preference was applied
In accordance with the Ordinance.
LIVING WAGE: The services being provided are not covered under the
Living Wage ordinance.
USER ACCESS PROGRAM: The contract Includes the 2% User Access Program
Provision. The program discount will be collected on all
purchases.
LOCAL, PREFERENCE:
DELEGATION OF
AUTHORITY:
PROJECT MANAGER(S):
ESTIMATED CONTRACT
COMMENCEMENT DATE:
Applied .in accordance with applicable ordinance, but did not
affect the outcome of the award.
Per the term and conditions of this contract, the County
Manager will have, once the contract Is awarded, the
authority to extend the contract for up to 180 days with
prorated funding.
Pablo Martinez, Department of Procurement Management
Martin Darelf, General Services Administration
Upon approval by the County Manager.
This contract ie for the purchase of an estimated 21 model year 2008 vans of various Sizes for
Mlami -Dade County agencies as listed in the attachment. County vehicles are purchased
annually to replace vehicles that have exceeded their practical life cycle, and to meet now
service demands. The County Intends to purchase 29 vehicles. Nineteen are replacement
vehicles and two will be added to the fleet.
Jan. 18, 2008 10 :INVii No. 0952 P. 9
George M. Burgess
Award of Contract No.5203-0/09; Model Year 2008 Vans
Wage 4
The estimated value of this replacement contract Is $979,750 for a one -year period. The
allocation for the new contract has decreased, when compared to the previous contract, due
to the County's fleet Reduction Program, and the extension of the life cycle of (feet vehicles
from e0,000 to 100,000 miles.
The bid was advertised on Miami -Made Count)(s website. and in four local newspapers: piario
Les Americas, Miami Times, Daily Business Review and Haill En Marche. Hid
announcements were sent to 127 vendors; both electronically and by mail, and a total of 19
vendors downloaded the solicitation. Bide were received from four vendors, aif of which are
recommended for award.
Approved
George M. Burge
county Manager
Not Approved
George M. Burgess
County Manager
19MM
Date
Jan. 18. 2008 10 :140 No. 0952 P. 10
Bid # 5203 VARIOUS TYPES OF MODEL YEAR 2008 VANS
Recommended Vendors ; Atlantic lord Truck Sales
Auto Holding Corp
Don Reid Ford
Otis Machado Ford
Estimated Contract Value
Department Allocation
GSA For Other Departments $ 919,60030
WASD $ 60,250.00
Total $ 979,750.00